Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 4,2000 PSA#2571

U. S. Army Corps of Engineers, Omaha District, 215 North 17th Street, Omaha, NE 68102-4978

Y -- DESIGN BUILD SERVICES FOR FY2000 FIRE/CRASH RESCUE STATION, PETERSON AFB, CO SOL DACA45-00-R-0006 DUE 052500 POC Dawn Thompson, Contract Specialist, 402-221-4811; Michael Pisci, Technical, 402-221-4413; Hubert Carter, Small Business, 402-221-4110 WEB: Omaha District Advertised Solicitations, http://ebs.nwo.usace.army.mil/ebs/contract.htm. E-MAIL: Dawn Thompson, dawn.e.thompson@usace.army.mil. On or about 25 April 2000, this office will issue a Request for Proposals (RFP) for Design Build Services of the FY2000 FIRE/CRASH RESCUE STATION, PETERSON AFB, COLORADO. Proposals will be accepted on or about 25 May 2000. THIS SOLICITATION WILL BE UNRESTRICTED AND OPEN TO BOTH LARGE AND SMALL BUSINESS PARTICIPATION. A site visit and pre-proposal conference will be held at Peterson AFB on 10 May 2000. Contractors will be required to assemble at the site at 11:00 a.m. and the conducted visit will last until 12:00 Noon. The pre-proposal conference will begin at 1:00 p.m. in the CE Conference Room of the Base Civil Engineering Office, Peterson AFB, CO. All attendees must register no later than 12:00 Noon on 5 May 2000 by contacting the Corps of Engineer's Resident Engineer's Office at telephone: (719) 556-4184 / Fax: (719) 556-7115. Registration is required to allow access onto Peterson AFB. This will be the only scheduled site visit and pre-proposal conference for this project. DO NOT submit any requests for plans and specifications to the contact above. A BRIEF DESCRIPTION OF THE WORK WITH APPROXIMATE QUANTITIES ARE AS FOLLOWS: The Design/Build Contractor will be required to design & construct, in accordance with the RFP documents, a new 2,850 Square Meter (31,700 S.F.) Fire/Crash Rescue Station located at Peterson AFB. The new facility will be located in an open site directly North of the existing Fire Station. Phasing requirements include relocation of personnel and essential systems from the existing Fire Station prior to the demolition of the existing Fire Station and its support buildings. The Contractor will be required to implement a phasing plan that clearly illustrates the Fire Department's ability to carry out continuous operation 24 hours a day without interruption. Functional rooms and offices for the facility include administrative offices, classrooms, testing room, vending area, reception area, bedrooms, physical fitness facilities, kitchen, dining room, patio, recreation area, dayroom, laundry room, vehicle storage area, alarm room, fire fighting agent storage room, disinfection room, protective clothing laundry area, vehicle maintenance office, self contained breathing apparatus maintenance room, fire extinquisher maintenance room, mechanical room, electrical & communications room, storage room, circulation room, showers, restrooms and lockers Building materials and products for the new facility include steel, masonry (CMU), face brick, pre-cast concrete, standing seam metal roof, hollow core concrete plank, concrete foundation and floors, HVAC system, chilled water system, plumbing, ductwork, piping, general ventilation/vehicle exhaust system, carbon monoxide detection system, emergency generator, electrical distribution and lighting, EMCS / DDC controls, close circuit television, public address system, fire sprinkler system, fire detection & alarm system, cathodic protection, sitework, grading, site utilities (sanitary sewer, water, storm drainage, underground electrical,& gas), rigid (p.c.) & flexible (asphalt) pavement, seeding, sodding, landscaping, lawn sprinkler system, concrete sidewalks, hazardous waste removal and disposal (asbestos, lead based paint, PCB containing light ballasts and flourescent tubes), masonry, steel studs, insulation, gypsum wallboard, acoustical ceiling tiles, carpeting, tile, doors, hardware, painting, finishes, furniture, appliances, food service equipment, miscellaneous casework / cabinetry, demolition, etc. as directed by the RFP document. Some select communications work (i.e. external lines, interior cross connections, etc.) will be provided by a separate Base Contractor with joint occupancy to the new facility. Proposal Evaluation: Major point scored evaluation areas of each offeror's proposal, in descending order of importance, include: Design Team Qualifications, Experience and Past Performance; Construction Experience, Personnel and Past Performance; Schedule, Project Management Plan, Safety and Health Record and Affirmative Action Program (EEO Policy); and Utilization of Small Business. Price will be subjectively evaluated and not point scored. Note that all evaluation factors other than cost/price, when combined, are approximately equal to the price evaluation. The estimated design and construction cost of this project is between $5,000,000 and $7,500,000. Contractor's Quality Control will be a requirement in this contract. Large business concerns submitting bids for services exceeding $500,000 or for construction exceeding $1,000,000, shall comply with Federal Acquisition Regulation 52.219-9 regarding the requirement for a subcontracting plan. The U.S. Army Corps of Engineers considers the following goals reasonable and achievable for fiscal year 2000: (a) Small Business: 61.2% of planned subcontracting dollars. (b) Small Disadvantaged Business: 9.1% of planned subcontracting dollars. (c) Women Owned Small Business: 5.0% of planned subcontracting dollars. The Contractor will be required to commence work within 10 days after notice to proceed and complete the entire work, which includes design, design reviews and construction within the time submitted on his schedule from date of Notice to Proceed. Provisions will be included for liquidated damages in case of failure to complete the work in the time allowed. Performance and payment bonds will be required. The proposal documents are available on Compact Disk (CD-ROM) and will be provided free of charge. It has been determined that the number of Compact Disks be limited to one (1) per firm. Proposal documents will not be provided in a printed hard copy format. Contractors may view and/or download this project from the Internet at the following Internet address: http://ebs.nwo.usace.army.mil/ebs/contract.htm Ordering of CD-ROM shall be made through the Internet address above. To register on the Omaha District website, go to the "Solicitation Registration" section of the synopsis and click on the link for "Registering". If you do not have Internet access, then you may fax your request to (402) 221-4530; faxed requests will take longer to process, causing a delay in receiving Solicitation documents. Please include the following information: 1) Name of Firm; 2) Point of Contact; 3) Mailing Address; 4) Street Address for Parcel Delivery Service; 5) Telephone and Fax Phone Numbers with Area Code (FAX numbers are mandatory to ensure the receipt of any amendments that may be faxed); 6) Level of Participation (General Contractor, Subcontractor, Supplier or Plan Room); and 7) Large Business, Small Business or Small Disadvantaged Business. If any of the information changes during the advertisement period, submit the information via e-mail to dawn.e.thompson@nwo.usace.army.mil or by written request or fax. Failure to provide the above information and any changes may cause a delay in receiving the CD-ROM and amendments. Questions regarding the ordering of the same should be made to: 402-221-4811. Telephone calls regarding Small Business matters should be made to: 402-221-4110. Telephone calls on contents of drawings and specifications should be made to Specification Section at: (402) 221-4413. Posted 03/31/00 (W-SN440229). (0091)

Loren Data Corp. http://www.ld.com (SYN# 0095 20000404\Y-0004.SOL)


Y - Construction of Structures and Facilities Index Page